Section one: Contracting authority
one.1) Name and addresses
Ravensbourne University London
Penrose Way
London
SE10 OEW
Contact
Margaret Newson
Country
United Kingdom
Region code
UKI - London
Internet address(es)
Main address
Buyer's address
https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/81165
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=70657&B=LUPC
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=70657&B=LUPC
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Education
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Ravensbourne University London replacement Virtual Learning Environment solution.
Reference number
Ref: ITPR110B
two.1.2) Main CPV code
- 48190000 - Educational software package
two.1.3) Type of contract
Supplies
two.1.4) Short description
Ravensbourne University London invites tenders for the provision of a replacement Virtual Learning Environment solution.
The project intends to retire, archive, and migrate active content data from the existing VLE system as part of introducing a new VLE solution.
The University requires a cloud-hosted, Software as a Service, solution to meet these requirements on a cost beneficial basis.
The VLE solution will need to integrate with several other key University systems, primarily the student record system SITS.
two.1.5) Estimated total value
Value excluding VAT: £523,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 48190000 - Educational software package
- 48000000 - Software package and information systems
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
Ravensbourne University London
two.2.4) Description of the procurement
Ravensbourne University London hereby invites tenders for the provision of a replacement Virtual Learning Environment solution.
The University previously went out to tender for a new VLE in autumn 2022. However, with the development of a new growth strategy to rapidly increase our student population, as well as plans to put in place a new IT Strategy - following the appointment of a new Director of IT – it was felt prudent to end the tender exercise early in the context of such emerging change.
There is already an existing VLE in place. However, it has been decided to re-tender for a replacement service that provides an enhanced end-user experience and opportunities for product development.
The project intends to retire, archive, and migrate active content data from the existing VLE system as part of introducing a new VLE solution.
The University therefore requires a cloud-hosted, Software as a Service, solution to meet these requirements on a cost beneficial basis.
The VLE solution will need to integrate with several other key University systems, primarily Tribal SITS, the student record system and Turnitin (for coursework submission).
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £523,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Possible extension of 24 months dependent on future requirements of University.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
As per procurement documents.
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
14 August 2023
Local time
12:00pm
Changed to:
Date
23 August 2023
Local time
5:00pm
See the change notice.
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 26 September 2023
four.2.7) Conditions for opening of tenders
Date
14 August 2023
Local time
12:00pm
Place
Via e tendering portal only.
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice
London
Country
United Kingdom